Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2024 SAM #8116
SOURCES SOUGHT

99 -- DHS-FEMA Risk Mapping, Assessment, and Planning (Risk MAP) Customer and Data Services (CDS) Operations and Maintenance (O&M) Support

Notice Date
2/14/2024 11:03:21 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
INFORMATION TECHNOLOGY DEVELOPMENT AND SUSTAINMENT Washington DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FA3124I00000009
 
Response Due
2/26/2024 12:00:00 PM
 
Archive Date
03/12/2024
 
Point of Contact
Judith Hicklin, Phone: 202-714-5281, Marianne McCallum, Phone: 202-431-1071
 
E-Mail Address
judith.hicklin@fema.dhs.gov, marianne.mccallum@fema.dhs.gov
(judith.hicklin@fema.dhs.gov, marianne.mccallum@fema.dhs.gov)
 
Description
THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL: REQUEST FOR INFORMATION (RFI) SUMMARY: The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Risk Assessments, Planning & Information Directorate (RAPID) [formerly Risk Management Directorate (RMD)], Risk Mapping, Assessment, and Planning Information Technology (Risk MAP IT) program, seeks to identify potential cloud knowledgeable offerors who possess experience using Amazon Web Services (AWS) in federal environment to operate and maintain its legacy applications while simultaneously applying modernization practices to update and enhance its Portfolio. Using an Adaptive Maintenance approach (also referred to �Modernize in Place,� by DHS Information Technology Strategic Plan, FY24 - 28), Risk MAP IT seeks to achieve goals established by the FEMA Risk MAP Program through continuous, systematic improvements to its system architecture, technology stack, and code base for 40+ applications and sub-applications hosted within a single system boundary on FEMA�s Enterprise AWS Cloud. This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a solicitation for bids, proposals, or quotes and is not to be construed as a commitment by the government to issue a request for proposal/quote or award of a contract as a result of this request. This announcement is not a Request for Proposal (RFP) nor a Request for Quote (RFQ). The government will not reimburse respondents for any cost associated with information submitted in response to this request. Interested parties must submit sufficient documentation in accordance with the instructions in this RFI and current industry best practices and standards, demonstrating their ability/experience to meet or exceed the Government�s requirements listed in this notice. GENERAL INFORMATION:� This RFI is issued solely for information gathering purposes to identify offerors that can provide support for the Risk Mapping, Assessment, and Planning Information Technology (Risk MAP IT) program. In accordance with FAR 15.201(e), RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these RFIs are not offers and cannot be accepted by the Government to form a binding contract. This RFI shall not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Respondents are solely responsible for all expenses associated with their RFI response. Respondents will not receive additional information in response to their submittal to the RFI and will not be notified of the resulting market research. PROPRIETARY INFORMATION AND DISCLAIMERS:� Respondents shall identify any proprietary information in its RFI response. Information submitted in response to this RFI will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. FEMA reserves the right to utilize any non-proprietary technical information in the anticipated SOO or solicitation. Although it is not necessary to address in their response, respondents shall be aware of any potential, actual, or perceived organizational conflicts of interests. Any real or potential conflicts must be sufficiently mitigated prior to a contract award. For further guidance, refer to the Federal Acquisition Regulation, Part 9.5. NAICS and Product Service Code (PSC) The following tentative NAICS codes are being considered for this scope: 541512 Computer Systems Design Services 518210C Cloud Computing and Cloud Related Services 541518S IT Professional Services ANTICIPATED PERIOD OF PERFORMANCE START DATE: June 09, 2025. ANTICIPATED CONTRACT VALUE: > $130M ANTICIPATED PERIOD OF PERFORMANCE:�The Government plans for a base period of one (one) year, inclusive of a 90-day transition-in period, and four (one year) option periods for a total duration of five years. Please see attached detailed RFI/SSN Summary and Draft SOO.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ab2357309f084e6ab1541438ecf71a80/view)
 
Place of Performance
Address: Washington, DC 20472, USA
Zip Code: 20472
Country: USA
 
Record
SN06966467-F 20240216/240214230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.